|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3,1998 PSA#22147th Contracting Squadron, 381 Third Street, Dyess AFB, TX 79607-1581 R -- NON-PERSONAL SERVICES FOR MEDICAL BILLING CLERKS -- THIRD PARTY
COLLECTIONS SOL F41652-99-R0004 DUE 111998 POC Aimee Hamrick,
Contracting Specialist (915) 696-2244; Peter F. Eckdahl, Contracting
Officer (915) 696-2353 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued. II.
Solicitation is issued for a Request for Proposal,(RFP)#
F41652-99-R0004. Award will be made based on best value (performance
risk assessment and price). III. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-014. IV. This is a small business set-aside
procurement under SIC 6411 Insurance Agents, Brokers, and Services
($5M). V. There are five contract line items (CLINs). Workload Estimate
for FY99 (1 Jan 99-30 Sep 99)=Outpatient Claims 4,300($375,000 billable
of which $250,000 is collectable), Inpatient Claims=50($125,000
billable of which $50,000 is collectable). Estimated quantity for
FY2000-FY2003 (1 Oct 99-30 Sep 2003)=Outpatient Claims 4,300, each year
($375,000 billable of which $200,000 is collectable), Inpatient
Claims=$0). Offerors are to submit written bid proposals as five
separate contract line items, number 0001 as base year and numbers 1001
through 4001 as options with unit of issue and total bid for each year.
Bids are to be provided in the following format in accordance with
(IAW) the Statement of Work (SOW). CLIN 0001 IAW SOW, on or about 01
Jan 99 to 30 Sep 99 (Base Year). Billing and Collection Services $____
per month (unit price) Total Amount $_____. (9 months) CLIN 1001 IAW
SOW, 01 Oct 99 to 30 Sep 2000 (Option Year One) Billing and Collection
Services $_____ per month (unit price). Total Amount $_____. CLIN 2001
IAW SOW, 01 Oct 2000 to 30 Sep 2001 (Option Year Two). Billing and
Collection Services $_____ per month (unit price). Total Amount $_____.
CLIN 3001 IAW SOW, 01 Oct 2001 to 30 Sep 2002 (Option Year Three).
Billing and Collection Services $_____ per month (unit price). Total
Amount $_____. CLIN 4001 IAW SOW, 01 Oct 2002 to 30 Sep 2003 (Option
Year Four). Billing and Collection Services $_____ per month (unit
price). Total Amount $_____. Grand Total Base plus Four Option Years
$_____. Bids shall be received by 19 Nov 98. VI. DESCRIPTION: Statement
of Work (SOW): The contractor shall provide personnel to collect,
process, follow-up and post insurance claims in support of the Third
Party Collection Program (TPCP). Hours of operation are Monday through
Friday (excluding federally observed holidays) 7:30 AM to 4:30 PM.
Contractor personnel shall be responsible for ensuring accurate coding
of medical insurance records, billing forms and completing other
insurance company forms. Contractor shall ensure sufficient personnel
are available for 100% claim processing. Contractor shall ensure
TPOCS-NG (Third Party Outpatient Collection System-New Generation)is
on-line and operational. Contractor shall coordinate with 7th Medical
Group, Resource Management (7MG/RM) for updates and/or major repairs
needed for proper operation of the system. Contractor shall review
annual projection and maintain optimal collection rate of third party
accounts in accordance with DOD Manual 6010.15M. Contractor shall
provide to 7MG/RM, TPCP report status quarterly and conduct monthly
audits to include total of all claims, total claims recovered and
disposition of all claims to include claims returned as unrecoverable.
The contractor shall be responsible for pick-up and reviewing of the
encounter sheets(ADS)for the correct assignment of appropriate codes
when coding of diagnosis, evaluation and management procedures or any
other codes required for complete accurate preparation of a clean
claim. The contractor shall identify problems and/or trends in coding
procedures to 7MG/RM and identify improvement process procedures. The
contractor shall provide periodic briefings on Third Party Collection
procedures as required. The contractor shall be responsible for posting
and balancing of third party collection accounts receivables. The
contractor shall follow-up on all outstanding accounts every 30 days by
letter and telephone call. Submitted claims that cannot be collected
after the 180-day point shall be turned over to 7MG/RM for referral to
the Staff Judge Advocate(SJA)7BW/JA. Contractor shall be responsible
for gathering information required for admission precertification
approval for base year only. CONTRACT PERSONNEL shall be proficient and
have a thorough knowledge of medical billing practices and shall become
familiar with the Composite Health Care System (CHCS), TPOCS-NG data
entry and insurance processing and reporting requirements, and
Automated Data Sheet (ADS) processing. Contract personnel shall be
proficient in medical terminology, anatomy and physiology, current
diagnosis and procedure coding (to include International Classification
of Disease 9th Revision (ICD-9), Common Procedural Terminology (CPT)
and Ambulatory Procedure Group. Contract personnel shall maintain
interpersonal skills to interact with patients and insurance companies,
in person and by telephone. GOVERNMENT FURNISHED PROPERTY AND
MATERIALS: Office space (within Resource Management), furniture, name
badges, Composite Health Care System computers, TPCP computers, and 1
PC with Office 97 and Internet capability, office supplies to perform
billing tasks, including computer supplies and reference materials
(ICD-9 and CPT-4). Postage for claims and collection mail will be
provided by the government mail system, voice and FAX telephones with
DSN and civilian lines will be government furnished. DRESS AND
APPERANCE: Contractor personnel dress and appearance shall be
professional and clean in appearance. SAFETY: All civilian employees
working in the hospital must follow OSHA, EPA, and JCAHO requirements
(i.e. immunizations and basic life support training -government
furnished). SECURITY: All requirements and restrictions of the Privacy
Act of 1974 will be strictly adhered to and enforced by contractor.
VII. Required date of performance begins on 01 Jan 99 or date of award
whichever is later. Contractor may choose to use a training period at
Dyess AFB, TX for a period of 30 days prior to contract start at no
cost to the government. Place of performance is the USAF Medical
Center, Dyess AFB, (Abilene) TX. VIII. Solicitation provision at FAR
52.212-1, Instructions to Offerors -- Commercial Items(Oct 1995)
applies to this acquisition and any addendum to the provision is hereby
incorporated by reference. IX. Solicitation provision at FAR 52.212-2,
Evaluation -- Commercial Items (Oct 1995)is hereby incorporated by
reference. The following technical evaluation factor will be used to
evaluate proposals received based on risk assessment criteria. Initial
proposals should contain offerors best terms regarding price and
submission of sufficient past performance information. The Government
intends to evaluate proposals and award a contract without discussions
with offerors. BASIS FOR CONTRACT AWARD: The government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforms to the solicitation requirements, is considered an
acceptable risk level and will provide the best value to the government
considering price and past performance. PERFORMANCE RISK ASSESSMENT:
The government will conduct an assessment of performance risk based on
the offeror's recent and relevant performance. In assessing
performance risk, the evaluator will (1) seek present and past
performance information through the use of questionnaires; and (2) use
data independently obtained from other government and commercial
sources. A decision on risk acceptability of each offeror's proposal
shall be made. All offers will receive a performance risk assessment of
low, moderate, high or not applicable. Only offerors with low or
moderate risk level will be considered for award. All offers with
acceptable levels of risk (low or moderate) will then be ranked by
evaluated price. If the lowest evaluated price offeror has received a
low performance risk rating, this offeror's proposal represents the
best value for this acquisition and award shall be made to this
offeror. The government reserves the right to award a contract to other
than the lowest evaluated price offeror. CONTRACTOR'S PROFESSIONAL
EXPERIENCE: The offeror shall provide evidence outlining relevant
experience in the services as described in this solicitation. This
experience can be both commercial and/or government. The outline is to
list past and present contracts and/or job experience for the last
three years by POC, address, FAX #, Phone # and comments regarding
compliance with contract(s) or comments of known performance deemed not
acceptable by employer or contract terms. This outline shall include
company name, contract number or employer, product/service, address and
point of contact, number of year's experience, and dollar value of each
contract or value of annual collections. X. Offerors are to include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications -- Commercial Items (JAN 1997) and 252.212-7000,
Offeror Representations and Certifications -- Commercial Items (NOV
1995) with its offer. Contact Ms. Aimee Hamrick for copy of
Representation and Certifications if necessary. Offerors shall comply
with DFAR 252.204-7004 Required Central Contractor Registration Mar
1998. Lack of registration in the CCR database will make an offeror
ineligible for award. CCR allows for electronic monthly contract
payments for services rendered. Offerors may register by calling
1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. XI.
Clause FAR 52.212-4, Contract terms and conditions -- Commercial Items
(MAY 1997) is hereby incorporated by reference. XII. Clause FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (AUG 1996) "clause", is hereby
incorporated by reference. The following paragraphs apply to this
solicitation and any resultant contract, FAR 52.207-3 Right of First
Refusal of Employment, FAR 52.222-41 Service Contract Act, FAR
52.222-43 Fair Labor Standards Act -- Service Contract Act-Price
Adjustment, FAR 52.217-8 Option to Extend Services Aug 1998, FAR
52.217-9 Option to Extend the Term of the Contract Mar 1998, FAR
52.246-4 Inspection of Services, DFAR 252.232-7009 Payment by
Electronic Funds Transfer (CCR) Jun 1998, DFAR 252.204-7004 Required
Central Contractor Registration. (Mar. 1998) XIII. Additional Contract
Terms and Conditions applicable to this procurement are: DFAR
252.212-7001, Contract Terms and Conditions required to Implement
Statutes or Executive Orders applicable to Defense Acquisitions of
Commercial Items (FEB 1997), is hereby incorporated by reference. The
following DFAR clauses apply to this solicitation and any resultant
contract 252.225-7001, and 252.243-7001. Additional Defense Federal
Acquisition Regulation Supplement (DFARS) Clauses 252.225-7002,
Qualifying Country Sources as Subcontractors (DEC 1991) and
252.225-7003, Information for Duty Free Evaluation (AUG 1992). XIV. The
Defense Priorities and Allocations Systems (DPAS) assigned rating for
this procurement is unrated. XV. Commerce Business Daily note number 1
applies. (Proposed contract is 100% setaside for small business
concerns) XVI. U.S. Department of Labor Wage Determination (wage rates)
94-2518 (Rev 14) Area: Northwest, TX applies, FAX upon request. XVII.
Signed and dated offers shall be submitted to 7th Contracting Squadron,
381 Third Street, Dyess AFB 79607-1581, ATTN: Aimee Hamrick, contract
specialist, not later than 3 pm local time, 19 Nov 98. XVIII. Contact
Aimee Hamrick 915 696-2244 email Aimee.Hamrick@dyess.af.mil or Mr.
Peter Eckdahl, Contracting Officer, at 915 696-2353 email
Peter.Eckdahl@dyess.af.mil for additional information. Posted 10/30/98
(W-SN266949). (0303) Loren Data Corp. http://www.ld.com (SYN# 0042 19981103\R-0002.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|